Tube-Launched, Optically Tracked, Wireless-Guided (TOW) Production FY 27-32
ID: SSN-TOW-PROD-FY27Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is conducting market research for a follow-on missile production contract for the Tube-Launched, Optically Tracked, Wireless-Guided (TOW) family of missiles. The contract will require access to classified information and personnel with a Secret security clearance. The anticipated contract period is from January 29, 2027, to January 28, 2032. The government intends to award a Fixed Price Incentive Firm contract. Interested organizations should provide their capability information, including organization details, tailored capability statements, and descriptions of similar services offered in the past three years.

    Point(s) of Contact
    Files
    Lifecycle
    Similar Opportunities
    BLOCK 3 TOWED ARRAY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is soliciting offers for the procurement of BLOCK 3 TOWED ARRAY components, specifically under solicitation number SPMYM425Q0041. This Request for Quotation (RFQ) outlines the need for various types of towed array tiles, detailing specifications, quantities, and National Stock Numbers (NSNs), while emphasizing compliance with government regulations and standards, including registration in the System for Award Management (SAM). The procurement is crucial for military operations, ensuring the availability of essential marine equipment, and is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises. Interested suppliers must submit their offers by October 29, 2024, and can direct inquiries to Claude Crawford at claude.crawford@navy.mil or by phone at 808-473-8000 ext. 6396.
    Tomahawk Capacity Improvement – Legacy Hardware-in-the-Loop (HWIL) Sustainment
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source modification to Delivery Order N0001924F0171 with Raytheon Company for the Tomahawk Capacity Improvement project. This procurement aims to expand the annual production and recertification capacity for the Tactical Tomahawk (TACTOM) Block V All-Up-Round (AUR), which includes systems integration and testing to sustain the Legacy Hardware-in-the-Loop (HWIL) test environments necessary for software development and acceptance testing. The Tomahawk Missile System is critical for the United States Navy and Foreign Military Sales, with Raytheon being the sole manufacturer and holder of the necessary technical data and manufacturing documentation. The anticipated period of performance is 17 months, starting in December 2024, and interested parties can submit capability statements to Alicia Buckner at alicia.s.buckner.civ@us.navy.mil.
    Overhaul and Repair and Return (R&R) for the HAWK Missile System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified companies for a Sources Sought notice regarding the Overhaul and Repair and Return (R&R) of the HAWK Missile System. The objective is to identify vendors capable of performing depot-level repairs on various mechanical and electromechanical components of the HAWK Missile Defense System, including major assemblies such as the Continuous Wave Acquisition Radar and High Power Illuminator, as well as field maintenance equipment and HAWK missiles. This procurement is critical for maintaining the operational readiness of the HAWK Missile System, which supports various Foreign Military Sales Partners. Interested parties should provide their experience and capabilities related to HAWK R&R, with responses limited to five pages, directed to the Army Contracting Command at Redstone Arsenal, AL, by the specified deadline.
    M211 Infrared Countermeasure Decoy, and the MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting a sources sought notice to identify potential sources for the production and delivery of M211 Infrared Countermeasure Decoys, as well as MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys. The procurement aims to support U.S. Army and Air Force aviation platforms in protecting against infrared homing missiles, thereby enhancing operational readiness and fulfilling military requirements. Interested contractors must demonstrate their capabilities in manufacturing and handling sensitive technical data, as the project involves compliance with strict export control laws and security classifications. Responses are due within 15 calendar days from the publication date, and interested parties should contact Contract Specialists Kristin Firozvi and Steven Ghazi via email for further details and submission of required documentation.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, specifically targeting RTX Corporation as the sole source provider. This contract, anticipated to span twenty years with a maximum value of $50 billion, will cover Depot Level Repairable (DLR) consumable items, including hardware, software, and various logistics and maintenance services essential for the support of RTX systems. The contract is expected to be awarded no later than March 25, 2025, with pricing established through individual subsumable contracts, and interested parties can direct inquiries to Johnna Bursk or Marley Joyner via their provided emails.
    25--TURRET,COMBAT VEHIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking procurement for combat vehicle turrets, specifically NSN 2510015784322, with an initial quantity of 12 units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items are critical for military operations and must adhere to specific source-controlled drawings and military specifications. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Justification and Approval (J&A) for adding Contractor Logistics Support (CLS) to the Fair Share Sustainment Operation (FSSO), contract.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to modify an existing contract with Raytheon Technologies to provide Contractor Logistics Support (CLS) for the HAWK Missile System. This modification, justified as a Sole Source Justification and Approval (J&A), aims to enhance support services by adding Subject Matter Experts (SMEs) to assist the United States Government in Management, Logistics, Engineering (MLE) services, and material supply. The HAWK Missile System, which has not been in the US Army inventory for 25 years, requires specialized support to maintain operational efficiency, and Raytheon Technologies is currently the only viable provider due to their unique expertise. The contract modification is set to commence on September 30, 2024, and extend until May 28, 2027, with funding sourced from Foreign Military Sales (FMS). Interested parties can reach out to Micheal Weaver at micheal.e.weaver.civ@army.mil or Dewayne Kendricks at dewayne.kendricks.civ@army.mil for further information.
    Fiscal Year (FY) 2025 Parts Procurement in Support of the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure parts for the GQM-163A Coyote Supersonic Sea-Skimming Targets (SSST) System for Fiscal Year 2025. This procurement will be conducted as a sole source negotiation with Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the GQM-163A, which is critical for weapon system test and evaluation. The anticipated contract award is expected in the fourth quarter of FY 2025, with delivery completion projected approximately 18 months post-award. Interested parties may submit capability statements to Whitney Hyers at whitney.c.hyers.civ@us.navy.mil, but this notice does not constitute a request for competitive proposals.
    25--TOWBAR,MOTOR VEHICL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of motor vehicle tow bars, specifically NSN 2540017072667, with an initial requirement of eight units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total order value reaches $250,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The tow bars are essential components for vehicular equipment, supporting various military operations, and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    GQM-163A Aerial Target Operation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the GQM-163A Aerial Target Operation, focusing on trajectory development and operational support for aerial target systems. The procurement aims to ensure adequate support for U.S. Navy weapons systems testing and evaluation, including Foreign Military Sales testing activities. This contract is critical for maintaining the operational readiness and effectiveness of naval weapon systems, with a contemplated award of a Cost Plus Fixed-Fee, Indefinite Delivery Indefinite Quantity contract over a five-year period. Interested firms must submit their capability statements by November 12, 2024, to the designated contacts, Candice Gonzalez and Katy J. White, via the provided email addresses.